300965-2026 - Competition
Norway – Medical consumables – Medical consumables, incontinence equipment and stand-by storage for personal protective equipment.
OJ S 85/2026 04/05/2026
Contract or concession notice – standard regime - Change notice
Supplies
1. Buyer
1.1.
Buyer
Official nameBærum kommune
Emailmarianne.lagerstrom@baerum.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleMedical consumables, incontinence equipment and stand-by storage for personal protective equipment.
DescriptionThe framework agreement shall cover the municipality ́s need for the delivery of medical consumables, incontinence products and operation of a stand-by warehouse.
Procedure identifierfba5a5c4-ce8b-4382-900c-e62eb7027e1e
Internal identifier2026/9822
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe framework agreement shall cover the municipality ́s need for the delivery of medical consumables, incontinence products and operation of a stand-by warehouse.
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 33140000 Medical consumables
Additional classification (cpv): 33141621 Incontinence kit
2.1.2.
Place of performance
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT263 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - See documents
Anskaffelsesforskriften - See documents
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNoticeProcurement DocumentEuropean Single Procurement Document (ESPD)
CorruptionIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
FraudIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financingIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisationIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activitiesIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beingsIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching obligation relating to payment of social security contributionsHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxesHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
5. Lot
5.1.
LotLOT-0000
TitleMedical consumables, incontinence equipment and stand-by storage for personal protective equipment.
DescriptionThe framework agreement shall cover the municipality ́s need for the delivery of medical consumables, incontinence products and operation of a stand-by warehouse.
Internal identifier2026/9822
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 33140000 Medical consumables
Additional classification (cpv): 33141621 Incontinence kit
5.1.2.
Place of performance
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
5.1.3.
Estimated duration
Start date30/11/2026
Duration end date30/11/2030
5.1.5.
Value
Estimated value excluding VAT263 000 000,00 NOK
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.9.
Selection criteria
Sources of selection criteriaNoticeProcurement DocumentEuropean Single Procurement Document (ESPD)
CriterionEnrolment in a trade register
Description of selection criterionTenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

CriterionOther economic or financial requirements
Description of selection criterionRegarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement 3: Finances. The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: Complete credit assessment/report, not older than 3 months, from a publicly certified credit rating company, with character A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.

CriterionReferences on specified deliveries
Description of selection criterionOnly for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement 4 - Experience Experience from three similar assignments in the last three years is required. Equivalent assignments means the delivery and sale of medical consumables of a comparable size/extent, minimum NOK 5 million over 1 year, to private or public companies. Documentation requirement: List of the three most relevant assignments in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement 5 - Quality Management System A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Requirement 6 - Environmental management system Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • The organisation ́s competence in the environment and safety. • the performance's climate impact Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate for an environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn ,EMAS or equivalent certificate.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information28/05/2026 21:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/282314765.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/282314765.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
VariantsNot allowed
Deadline for receipt of tenders05/06/2026 06:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid4 Months
Information about public opening
Opening date05/06/2026 06:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants10
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationRingerike, Asker og Bærum tingrett
Organisation providing more information on the review proceduresRingerike, Asker og Bærum tingrett
8. Organisations
8.1.
ORG-0001
Official nameBærum kommune
Registration number935478715
Postal addressPostboks 700
TownSANDVIKA
Postcode1304
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Contact pointMarianne Lagerstrøm
Emailmarianne.lagerstrom@baerum.kommune.no
Telephone+47 67504050
Internet addresshttp://www.baerum.kommune.no/
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameRingerike, Asker og Bærum tingrett
Registration number926725963
TownSANDVIKA
Postcode1337
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
10. Change
Version of the previous notice to be changeda9e1f531-3204-4818-81c3-a5eef2e9bfa8-01
Main reason for changeInformation updated
10.1.
Change
Section identifierPROCEDURE
10.1.
Change
Section identifierLOT-0000
Notice information
Notice identifier/versionf8f3b34f-42e7-4db7-b491-c64995731c0b  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date30/04/2026 06:58:05 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)30/04/2026 07:11:12 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number300965-2026
OJ S issue number85/2026
Publication date04/05/2026